Custom Tilter
ID: N6660426P0076Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Machine Shops (332710)

PSC

HARDWARE, COMMERCIAL (5340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals from qualified small businesses for the design, manufacture, and delivery of a custom tilter, as outlined in RFQ N66604-26-Q-0076. This firm-fixed-price contract requires the tilter to safely handle three different sized drums with a minimum capacity of 8000 lbs, utilizing a 3HP electric over hydraulic motor and a two-button handheld controller, to support repair operations for towed array stowage drums used on various classes of submarines. The procurement is critical for maintaining operational readiness of the OK-542 Thinline Towed Array Handling Equipment and OA-9070 Deployable Array Working Group. Interested parties must submit their quotes by January 16, 2026, and direct any questions to Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil, with all submissions requiring compliance with CMMC Level 2 security standards and a valid Joint Certification Program (JCP) certification for access to drawings.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, an addendum to DD FORM 1423, Contract Data Requirements List, specifically addresses distribution and export control for CDRL A001, PR 1301302057. It specifies a Distribution Statement D, authorizing distribution to U.S. Government Agencies and their contractors due to critical technology. All other requests must be referred to NUWCDIVNPT Code 1534. Additionally, the document mandates an 'EXPORT CONTROL WARNING NOTICE' for all CDRL items. This warning indicates that the technical data is export-restricted under the Arms Export Control Act and the Export Administration Act of 1979, with violations subject to severe criminal penalties. Dissemination must comply with DoD Directive 5230.25. The purpose of this document is to establish clear guidelines for the controlled distribution and export of sensitive technical data within government contracts.
    The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has issued RFQ N66604-26-Q-0076, a 100% small business set-aside under NAICS Code 332710 for Machine Shops. The solicitation seeks a Firm Fixed Price (FFP) contract for the design, manufacture, and delivery of one custom tilter, as per a Government Statement of Work (SOW). Delivery is F.O.B. Destination, Newport, RI, with a required delivery date of April 1, 2026. Offerors must submit quotes, including shipping costs, by December 2, 2025, at 1400 EST. Access to drawings requires a valid Joint Certification Program (JCP) certification. Award will be based on the lowest-priced technically acceptable offer, requiring a draft Conceptual Drawing Package. Offerors must be registered with SAM and confirm payment terms, including acceptance of Government Purchase Card. Various FAR and DFARS clauses apply, with questions due by November 25, 2025.
    This Statement of Work (SOW) outlines the requirement for a custom-designed material handling equipment, specifically a Tilter, to be procured by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), Code 153. This equipment will facilitate the repositioning of towed array stowage drums from vertical to horizontal and vice versa, crucial for the repair and restoration of Thinline Towed Array Handling Equipment (TLTAHE) used on OHIO CL, LOS ANGELES CL, VIRGINIA CL, and future COLUMBIA CL submarines. The contractor will be responsible for designing, manufacturing, and delivering a single Tilter capable of safely handling three different sized drums, with a minimum capacity of 8000 lbs, powered by a 3HP electric over hydraulic motor, and featuring a two-button handheld controller. Key design requirements include a square cutout on the bed for inner drum access, displayed center of gravity, forklift access points, removable padded steel V-blocks, tie-downs for security, and velocity fuses. Fabrication will commence upon government approval of the design. The contractor must provide a Technical Data Package (TDP) including drawings, parts lists, and schematics. Security provisions, including adherence to NISPOM, safeguarding CUI, incident reporting, OPSEC implementation, and electronic spillage protocols, are also detailed.
    The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has issued RFQ N66604-26-Q-0076, a 100% small business set-aside under NAICS Code 332710 for Machine Shops, to procure a custom tilter. This firm-fixed-price contract requires the design, manufacture, and delivery of a custom tilter, including Contract Data Requirements Lists (CDRLs), by April 1, 2026, to Newport, RI. Offerors must have a valid Joint Certification Program (JCP) certification to access drawings and must be registered with the System for Award Management (SAM). Quotes must include shipping costs in unit prices and remain valid for at least 60 days. Award will be based on the lowest-priced technically acceptable offer, requiring a draft Conceptual Drawing Package and adherence to CMMC Level 2 (Self) requirements. Past performance in SPRS will also be considered. Quotes are due by December 30, 2025, 1400 EST, with questions due by December 19, 2025, to elizabeth.a.peckham2.civ@us.navy.mil.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) requires a contractor to design, manufacture, and deliver a custom material handling equipment (Tilter) to reposition towed array stowage drums for repair operations. This equipment will support the OK-542 Thinline Towed Array Handling Equipment and OA-9070 Deployable Array Working Group used on OHIO, LOS ANGELES, VIRGINIA, and future COLUMBIA class submarines. The Tilter must safely handle three different sized drums, with a minimum capacity of 8000 lbs, using a 3HP, 230V/460V AC electric over hydraulic motor, and a two-button handheld controller. Key design features include a square cut-out for inner drum access, forklift access points, removable steel V-blocks with padding, tie-downs, and velocity fuses. The contractor must also provide a Technical Data Package (TDP) including drawings, parts lists, and schematics. All work is subject to strict security compliance, including adherence to NISPOM, safeguarding Controlled Unclassified Information (CUI), and implementing an Operations Security (OPSEC) program.
    The TAHEF-FORM-NO. 007 Rev C is a Vendor Information Request (VIR) form used to address technical questions or problems related to Towed Array Handling Equipment Facility work orders. It serves as a formal communication tool between vendors and the TAHEF facility. Vendors are responsible for completing specific sections detailing material nomenclature, part numbers, quantities, serial numbers, part status, problem descriptions, causes of nonconformance, recommended corrective actions, recommended dispositions, technical justifications, and potential delivery and cost impacts. The TAHEF facility then reviews and processes the request, with various departments like logistics, engineering, purchasing, and quality assurance providing input. The form requires multiple signatures for approvals from engineering, production, program managers, and the TAHEF manager, culminating in a final disposition (approve, conditionally approve, disapprove, or information only) and a formal response to the vendor. The document emphasizes the importance of accurate information, proper documentation, and adherence to established procedures for resolving technical issues efficiently.
    Lifecycle
    Title
    Type
    Custom Tilter
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Gear Kits OK-276
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is soliciting quotes for the procurement of 15 OK-276 Gear Kits (Part No. DEP0451) under RFQ N6660426Q0105, with a total small business set-aside. This acquisition is a Firm Fixed Price (FFP) purchase, requiring delivery to Naval Station Newport, Rhode Island, and is intended to meet specific military specifications and drawings that are restricted to Joint Certification Program (JCP) certified contractors. Interested offerors must submit their quotes, which should include shipping costs and delivery timelines, by 11:00 a.m. (EST) on January 20, 2026, to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil, with the award based on the Lowest Price, Technically Acceptable criteria.
    Tecnadyne Thrusters
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the procurement of Tecnadyne Thrusters, specifically one right-hand and one left-hand thruster. This opportunity is a total small business set-aside and requires brand-name items only, with delivery expected within 28 weeks from the award date to Naval Station Newport, Rhode Island. The procurement is critical to avoid duplicative costs and mission delays, and the award will be based on the Lowest Price Technically Acceptable (LPTA) approach. Interested offerors must submit their quotes by January 12, 2026, at 12:00 PM EST via email to Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil, ensuring they provide proof of U.S. shipment, verification of new products from OEM authorized channels, and a valid CAGE Code.
    Support Coil
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking quotes for the procurement of 30 Support Coils, part number 1220D1118, under a combined synopsis and solicitation (RFQ N6660426Q0103). This opportunity is set aside exclusively for small businesses, with a NAICS code of 332710, and requires compliance with military specifications and drawings that are accessible only to certified Joint Certification Program (JCP) participants. Interested offerors must submit their quotes by 11:00 a.m. (EST) on January 20, 2026, via email to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) prior to award consideration.
    Coil Forms
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotations for the procurement of fifty-one (51) Coil Forms (P/N 6764012) under RFQ N6660426Q0119. This opportunity is a 100% Small Business Set Aside, with a focus on suppliers classified under NAICS Code 332710 – Machine Shops, and requires compliance with specific cybersecurity and export control regulations, including a valid Joint Certification Program (JCP) certification for access to controlled drawings. The awarded contract will be based on the Lowest Price Technically Acceptable offeror, with quotes due by January 20, 2026, at 2:00 PM EST, and must be submitted electronically to Amy Prisco at Amy.K.Prisco.civ@US.NAVY.mil. Interested vendors are encouraged to prepare their submissions carefully, including past performance references and compliance with the necessary certifications.
    Wire Harnesses
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide various electrical cables under RFQ number N66604-26-Q-0070. This procurement involves a Firm Fixed Price contract for specific cable types (7 to 1 and 2 to 1) based on government drawings, with delivery required by April 13, 2026, to Newport, RI. The opportunity is significant for small businesses in the electrical apparatus and equipment sector, as it is a 100% small business set-aside under NAICS Code 423610, with a size standard of 200 employees. Interested offerors must submit their quotes by January 13, 2026, at 1400 EST, and ensure they have an active Joint Certification Program (JCP) certification to access restricted government drawings. For further inquiries, contact Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil or by phone at 401-832-8962.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    SHAFT
    Dept Of Defense
    The Defense Logistics Agency, specifically DLA Maritime Norfolk, is seeking quotes for a procurement opportunity involving the supply of a shaft, bearing, impeller, and thrust components, all manufactured by CIRCOR Naval Solutions, LLC. This requirement is set aside for small businesses and involves new materials that are critical for military applications. Interested vendors must submit their quotes by January 12, 2026, at 3:00 PM EST, and all questions must be directed to Latoya Watson by January 9, 2026, at the same time. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation criteria, with a required delivery date of June 30, 2026, and payment processed through Wide Area Workflow (WAWF).
    UPGRADE SENSOR ASSEMBLIES
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure engineering services to upgrade ten existing DT-705A sensor assemblies to the Low Noise product baseline. This procurement is critical as the DT-705A sensor assembly is uniquely suited to meet the form, fit, and function requirements of the existing platform infrastructure, and Falmouth Scientific Inc. is the sole source authorized to perform this upgrade due to proprietary rights over the necessary components. The contract is set for a firm fixed price with a performance period from January 16, 2026, to January 15, 2028, and interested parties may submit capability statements or proposals for consideration. For further inquiries, contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil or by phone at 401-832-5265.
    ACTUATOR,ELECTRO-ME
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the procurement of an Electro-Mechanical Actuator, a critical component used in guided missile systems. This solicitation is issued under Emergency Acquisition Flexibilities, and the contract will require compliance with MIL-STD packaging and government source inspection. The successful contractor must be an authorized source, and the procurement will be conducted on a Firm-Fixed Price basis, with quotes due by January 30, 2026. Interested parties should direct their inquiries and submissions to Darian M. Holley at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL or by phone at 717-605-1339.
    DT-513 Series Hydrophones
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the production of DT-513 Series Hydrophones to support the Hull Sensor Systems (HSS) Program. The contract will involve the design, manufacture, testing, packaging, and delivery of up to six first article hydrophones and an estimated 3,731 production units, adhering to the Critical Item Performance Specification (CIPS) requirements. These hydrophones are crucial for underwater sound detection and navigation, playing a vital role in naval operations. Interested parties should note that the anticipated Request for Proposal (RFP) release is expected in February 2026, with an estimated award date in October 2026. For inquiries, contact Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or Keri Gunn at Keri.l.gunn.civ@us.navy.mil.